Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Thurrock Council
Civic Offices, New Road
Grays
RM17 6SL
UK
E-mail: procurement@thurrock.gov.uk
NUTS: UKH32
Internet address(es)
Main address: www.thurrock.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/thurrockcouncil/aspx/Home
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://in-tendhost.co.uk/thurrockcouncil/aspx/ProjectManage/1540
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/thurrockcouncil/aspx/ProjectManage/1540
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/thurrockcouncil/aspx/ProjectManage/1540
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Domiciliary Care and Wellbeing Service
Reference number: PS/2023/149
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council’s requirement under this Contract is for the provision of a domiciliary care and wellbeing service focussed on creating independence and social connections. The contract is divided into 3 Lots, with Lot 2 sub-divided into 3 Sub-Lots.Please see the service specification which details the expectations of this contract.
II.1.5) Estimated total value
Value excluding VAT:
114 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders may apply for either Lot 1 or Lot 2. Bidders may apply for Lot 3 on its own or in addition to Lot 1 or Lot 2. If applying for Lot 2, Bidders must apply for all Sub-Lots.Lot 1 and 3 will be awarded to the highest scoring Tenderers to apply for those Lots. Lot 2 will be awarded in accordance with the ITT, with a maximum of one Sub-Lot being awarded to any one Tenderer.
II.2) Description
Lot No: 1
II.2.1) Title
Locality 1
II.2.2) Additional CPV code(s)
85000000
98000000
85310000
85300000
II.2.3) Place of performance
NUTS code:
UKH32
Main site or place of performance:
II.2.4) Description of the procurement
The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2035
This contract is subject to renewal: Yes
Description of renewals:
The contract has a 5 year break clause. A replacement contract is expected either in five or ten years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
In line with the selection questionnaire, the 5 highest scoring applicants to apply for Lot 1 will be invited to tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Localities 2, 3 and 4
II.2.2) Additional CPV code(s)
85000000
98000000
85310000
85300000
II.2.3) Place of performance
NUTS code:
UKH32
Main site or place of performance:
II.2.4) Description of the procurement
The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2035
This contract is subject to renewal: Yes
Description of renewals:
The contract has a 5 year break clause. A replacement contract is expected either in five or ten years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
In line with the selection questionnaire, the 6 highest scoring applicants to apply for Lot 2 will be invited to tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This lot has 3 Sub-Lots (A, B and C) representing three separate localities.
Lot No: 3
II.2.1) Title
Out of Hours (boroughwide)
II.2.2) Additional CPV code(s)
85000000
98000000
85310000
85300000
II.2.3) Place of performance
NUTS code:
UKH32
Main site or place of performance:
II.2.4) Description of the procurement
The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2035
This contract is subject to renewal: Yes
Description of renewals:
The contract has a 5 year break clause. A replacement contract is expected either in five or ten years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
In line with the selection questionnaire, the 5 highest scoring applicants to apply for Lot 3 will be invited to tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
See the selection questionnaire
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/03/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
22/04/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Either in five or ten years, depending on whether the 5-year break clause is enacted.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The Council is operating this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the PCR 2015, at Section 7 (Regulations 74 to 77) and Schedule 3.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thurrock Council shall incorporate a 10 calendar day standstill period starting the day after the date on which the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.
VI.5) Date of dispatch of this notice
19/02/2024